You are on page 1of 8

A BROAD AGENCY ANNOUNCEMENT (BAA ESC 12-0011)

AFLCMC / HNJG
Cyberspace Warfare Operations Capabilities (CWOC)

TECHNOLOGY CONCEPT DEMONSTRATIONS

General Information
Document Type: Solicitation Number: Classification Code: NAICS Code: Posted Date: Pre-solicitation FA8707-12-R-0011 A Research & Development 541512 Computer Systems Design Services 22 August 2012

Contracting Office Address


Department of the Air Force Air Force Material Command Air Force Life Cycle Management Center / HNJG 3133 General Hudnell Drive, Suite 200 San Antonio, TX 78226-2028

Description
SUBJECT: BROAD AGENCY ANNOUNCEMENT (BAA ESC 12-0011) AIR FORCE LIFE CYCLE MANAGEMENT CENTER/HNJG, CYBERSPACE WARFARE OPERATIONS CAPABILITIES (CWOC), TECHNOLOGY CONCEPT DEMONSTRATIONS

A: INTRODUCTION:
The Air Force Life Cycle Management Center invites concept papers addressing Information operations (IO) capabilities focusing on Cyberspace Warfare Operations (CWO) to be administered by the AFLCMC/HNJG Program Office. This BAA is issued under the provisions of paragraph 35.016 of the Federal Acquisition Regulation (FAR) which provides for the competitive selection of technology demonstration proposals. Contracts awarded based on the responses to this BAA are considered to be the result of full and open competition and in full compliance with the provisions of Public Law 98-369, The Competition in Contract Act of 1984. Concept papers in response to this announcement shall be submitted electronically to Mr. John Volk (Data Manager) at john.volk.ctr@us.af.mil. Responses shall reference the above BAA number. This announcement is effective 13 Feb 2012 through 31 Dec 2012. Concept papers

may be submitted at any time during this period. A copy of this BAA will be posted on the World Wide Web at http://www.fbo.gov. There will be no other solicitations posted for this topic.

B. OBJECTIVE
1. Technical Description: The AFLCMC/HNJG Program Office is an organization focused on the development and sustainment of Cyberspace Warfare Attack capabilities that directly support Cyberspace Warfare capabilities for the operations Air Force. This BAA solicits concept papers with the potential to enhance Air Force operations focused on Cyberspace Warfare capabilities access, position, maneuver, and strike within the adversary cyberspace domain in support of the Combatant Commanders (CCDR) and national objectives. CWO is the integrated planning and employment of military capabilities to achieve desired effects across the interconnected cyberspace domain. CWO is conducted in the cyberspace domain through the dynamic combination of hardware, software, data, and human interaction. In many cases, CWO requires unique technologies, techniques and capabilities to maneuver, operate, and persist. The topics this BAA is interested in pursuing include, but are not limited to: a. Cyberspace Warfare Attack. The employment of cyberspace capabilities to destroy, deny, degrade, disrupt, deceive, corrupt, or usurp the adversaries ability to use the cyberspace domain for his advantage. b. Cyberspace Warfare Support. Actions tasked by or under direct control of an operational commander to search for, intercept, identify, and locate or localize sources of access and vulnerability for the purpose of immediate threat recognition, targeting, planning, and conduct of future operational in the cyberspace domain. Cyberspace Warfare Support provides information required for the immediate decisions involving CWO. Cyberspace Warfare Support data can be used to produce intelligence, or provide targeting for electronic or destructive attack. c. Technologies/concepts for developing capabilities associated with Cyberspace Warfare Attack (i.e., to disrupt, deny, degrade, destroy, or deceive an adversarys ability to use the cyberspace domain to his advantage.) This should address, but not be limited to the following: i. Mapping of networks (both data and voice) ii. Access to cyberspace domain, information, networks, systems, or devices iii. Denial of service on cyberspace resources, current/future operating systems, and network devices iv. Data manipulation

v. Ability to control cyberspace effects at specified times and places d. Technologies/concepts for developing and assessing cyberspace capabilities while disconnected from the operational cyberspace domain (the Internet or communication networks) including IO modeling, simulation, and capability, and operational and performance assessments. e. Situational awareness capabilities that give an operator near real-time effectiveness feedback in a form that is readily observed by the operator. f. Technologies/concepts for developing capabilities to assess and visualize non-kinetic cyberspace domain effects. g. Technologies/concepts for developing capabilities to support rapid implementation of effects-based cyberspace capabilities. h. Cyberspace technologies/capabilities employing unique characteristics resulting in the adversary entering conflicts in a degraded state 2. Proposed concept papers may also address new tactics, techniques, procedures, and mature technology applications that may affect Air Force IO doctrine and strategy. 3. Security Requirements: The submittal process under this BAA is intended to be as streamlined as possible in order to allow the Government to leverage the latest technology advances; however, every precaution must be taken to protect potentially sensitive or classified material. Such material should not be transmitted across open-source media like public phone, fax, internet, or e-mail. If a submitter has any reason to believe their concept may reference ideas or operations that require special protection, the submitter should immediately contact Mr. Michael Gamble, AFLCMC/HNJG Security Officer, at (210) 9256628. In general, potentially sensitive submissions should be sent via REGISTERED MAIL to the mailing address listed in Section A of this BAA. Submitters who are supported by an accredited security office may be bound by specific laws and regulations directing the proper methods for transmission of classified concepts. 4. Other Special Requirements: a. Do not submit proposals at this time. Only concept papers are to be submitted. Proposals will be requested from offerors based on the technical merit of concept papers and funding availability. b. Successful offerors must comply with the Privacy Act, AFI 37-132.

c. Offerors are advised that only Warranted Procuring Contracting Officers are legally authorized to commit the Government to an award under the BAA.

C. ADDITIONAL INFORMATION
1. Offerors are requested to provide their Commercial and Government Entity (CAGE) code. 2. It is preferred that only non-proprietary data be provided; however, proprietary data may be submitted. Proprietary data shall be clearly identified and marked. Any respondent consents to the Government allowing the MITRE Corp., a Federally Funded Research and Development Center, and advisory and assistance contractors access to the concept papers, cost, and technical proposals. They will assist the Government on an as-needed basis in evaluating the capabilities of the companies responding to this BAA. 3. The role of the support contractors is purely advisory, and the exclusive responsibility for defining requirements and evaluating responses will remain with the Government. The contracts with these support contractors prohibit the unauthorized use or dissemination of any proprietary information companies may submit in response to their BAA. Supporting contractors have signed a nondisclosure certification form prior to being granted access to proprietary information. These forms will be available for examination at the AFLCMC/HNJG location. Unless a company responding to this BAA indicates otherwise, any respondent consents to the Government allowing support contractors listed below access to proprietary information submitted for evaluation. AFLCMC/HNJG support contractors are currently: Jacobs Technology Inc, BAE Systems Information Technology Inc, and Tecolote Research, Inc. This list is subject to change. 4. Notice to Foreign-Owned Firms: Such firms are asked to immediately contact Mr. Isaac O Jones, Contracting Officer, upon deciding to respond to this announcement. Foreign contractors shall be aware that restrictions may apply which could preclude their participation in this acquisition.

D. CONCEPT PAPER PREPARATION INSTRUCTIONS


1. The cost of preparing concept papers in response to this announcement is not considered an allowable direct charge tot any other contract, but may be an allowable expense to the normal bid and proposal indirect cost in FAR Part 31.205-18. 2. Offerors can respond to all or part of the areas of interest announced in this BAA found on the HERBB web site.

3. Every effort will be made to protect the confidentiality of the concept paper and any evaluations. The submitter must mark the concept paper with a protective legend IAW FAR 52.215-1(e). 4. Unnecessarily elaborate brochures or proposals are not desired. 5. Use of a diagram or figure to depict th essence of the proposed demonstration is strongly encouraged. 6. Submitters concept papers shall not exce3ed ten (10) pages using Microsoft Word format with 12 pitch font. Concept papers in excess of ten pages will be returned to the offeror for resubmission in accordance with the page limits. Fold out pages will not be accepted. 7. Additionally, the offeror shall submit an unclassified, non-proprietary title and summary, not to exceed one(1) additional page each.. These pages will not be counted in the ten page limitation. 8. Multiple concept papers addressing different topic areas may be submitted by each offeror. However each concept paper must address only one concept. 9. Each concept paper must contain as a minimum: Title of Concept Paper, Company Address and Cage Code, Technical and Contracting POC(s) with Phone, Fax, & Email Info, Task Objective, Technical Summary, Proposed Deliverables, Rough Order of Magnitude (ROM) cost, and Period of Performance. AFLCMC/HNJG will evaluate concept papers to ensure they are technically sound and that they meet agency needs. 10. The following information for classified submissions shall be added: Classified level at which company is cleared, contractor address for forwarding classified material (name, address, zip code), cognizant security office (name, address, zip code), offerors security officers name and telephone number. 11. The concept paper should include the anticipated period of performance as well as a rough-order-of-magnitude (ROM) cost. The ROM cost consists of the total cost plus profit/fee, if any. The ROM should be a best estimate of the anticipated cost of the effort. The ROM should be consistent with any dollar value or ranges, if any, specified in the announcement, as well as the level of work being proposed. Offerors are requested to use the attached ROM Table. 12. The concept paper should not include a cost proposal or any of the material which usually accompanies a cost proposal. It must include a short technical description of the concepts and plans to accomplish the technical objectives. It should also briefly describe the technologies to be pursued in the effort. The concept paper should identify the concepts technical maturity level (TRL) and any proposed creative and innovative solution.

It should also identify any Independent Research and Development (IR&D) work underway within the company which may have a direct application. The concept paper should address only that a specific part of the BAA that the offeror intends to accomplish. A single concept paper that attempts to address the whole scope of the technology described in the BAA will not be accepted. 13. Offerors not submitting a concept paper will not be eligible to receive an award. Those offerors whose concept papers are of interest may be invited to submit a formal proposal. Offerors whose concept papers are determined to not be of interest are not precluded from submitting a proposal, and may request proposal instructions if they so desire. It is recommended that concept papers be received early in the fiscal year to maximize the possibility of award. 14. Organization Conflict of Interest (OCI) mitigation plans will be accepted by AFLCMC/HNJG when a contractor is notified to send a cost and technical proposal. Contractors shall submit their OCI mitigation plans prior to or with its proposal.

E. BASIS FOR AWARD


1. Multiple awards for the CWOC concept paper initiative are anticipated. Multiple awards shall be made on the basis of the quality of the proposal and the availability of funding. The principal funding and the anticipated awards as a result of this BAA will start in 1Q FY10, and will be in the form of contracts, cooperative agreements, or other transactions depending on the nature of the work proposed. Individual awards will normally range from 3 to 12 months with dollars typically ranging from $25,000 to $500,000 for prototype development, demonstration, and delivery. Deliverables will be technical reports, prototype applications, software (executable), integrated system enhancements and upgrades, and system documentation. The total value for all awards under this BAA shall not exceed $10,000,000. 2. Concept papers will be evaluated as they are received. Concept papers will be evaluated to ensure that they are technically sound and that they meet agency needs.

F. COST AND TECHNICAL PROPOSALS WILL BE EVALUATED UNDER THE FOLLOWING CRITERIA:
1. Impact of the proposed concept on enhancing Air Force Cyberspace operational capabilities 2. Technical merit of the proposed concept 3. Capabilities and relevant experience

4. Cost realism and reasonableness of the proposed cost/price Criteria 1 through 3 are of equal importance, and significantly more important than cost or price. Criteria 1 and 2 above will also be used to determine whether concept papers submitted are consistent with the intent of this BAA and of interest to the Government. All BAA submissions will be classified into one of the following three categories: 1. Category I: Well conceived, scientifically and technically sound concepts pertinent to program goals and objectives, and offered by a responsible contractor with the competent scientific and technical staff and supporting resources needed to ensure satisfactory program results. Concepts in Category I meet all preparation instructions, are usually recommended for acceptance, and normally are displaced only by other Category I proposals. 2. Category II: Scientifically or technically sound concepts meeting all required preparation instructions, however often require further development, or are recommended for acceptance but at a lower priority than Category I. 3. Category III: Concepts not technically sound, do not meet preparation instructions, or do not meet agency needs. As part of the FRP process, the Government may request a technical demonstration from offerors to substantiate IRAD and commercial product claims that cannot be verified through Government channels. No further evaluation criteria will be used in awarding a contract under this BAA. Anticipated Period of Performance: Approximately 12 months from contract awards through complete evaluation of concept demonstration. Only Contracting Officers are legally authorized to commit the Government.

G. POINTS OF CONTACT
Questions on the objectives or concept paper preparation should be addressed to Lt Don Gruber (210) 925-6768, email: donald.gruber@us.af.mil or Capt Matthew Nelson (210) 9257435, email: matthew.nelson.2@us.af.mil Questions related to contracting should be directed to Mr. Isaac Jones (210) 925-6737, email isaac.jones@us.af.mil The contracting officer for this BAA is Mr. Isaac O. Jones (210) 925-6737, email isaac.jones@us.af.mil The security point of contact for this BAA is Mr. Michael Gamble, AFLCMC/HNJG Security Officer, at (210) 925-6628, email: michael.gamble@us.af.mil

ROM Table COST ESTIMATE CATEGORIES LABOR - Program Management - Security - Research Technical - Development - Documentation (CDRL) Development - Assessment and CT MATERIALS - Hardware - Software - Other ODCs - Travel - Facility Space TOTAL Estimated POP = ___ months Labor Rate Estimated COST (Avg) Quantity ESTIMATE $ $ $ $ $ $

$ $ $

$ $ $

You might also like